0% found this document useful (0 votes)
7 views22 pages

NIT19

Uploaded by

abhi150122
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
7 views22 pages

NIT19

Uploaded by

abhi150122
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

E-TENDER

FOR
ANNUAL MAINTENANCE
OF
HT/LT ELECTRICAL INSTALLATION
AT
KURUKSHETRA PANORAMA & SCIENCE
CENTRE,
PEHOWA ROAD,
KURUKSHETRA

NATIONAL SCIENCE CENTRE


(NATIONAL COUNCIL OF SCIENCE MUSEUMS)
BHAIRON ROAD, NEAR GATE NO – 4, PRAGATI MAIDAN
NEW DELHI – 110 001

1
INSTRUCTIONS TO THE CONTRACTORS/BIDDERS FOR THE E-SUBMISSION OF THE BIDS ONLINE THROUGH TENDER
SITE https://eprocure.gov.in/eprocure/app

This tender document has been published on the Central Public Procurement Portal (URL:
https://eprocure.gov.in/eprocure/app). The bidders are required to submit soft copies of their bids electronically on
the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting
their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be
obtained at: https://eprocure.gov.in/eprocure/app

REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enroll” on the CPP
Portal. Enrolment is free of Charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a
password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration
process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II
or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India
(e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC‟s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by
several parameters. These parameters could include organization name, location, date, value, etc. There
is also an option of advanced search for tenders, wherein the bidders may combine a number of search
parameters such as organization name, form of contract, location, date, other keywords etc. to search for
a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective „My Tenders‟ folder. This
would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before submitting
their bids. Please go through the tender advertisement and the tender document carefully to understand
the documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of each
of the document that need to be submitted.
2) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be
scanned with 100 dpi with black and white option.
3) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g.
PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can
use “My Space” area available to them to upload such documents. These documents may be directly
submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again.
This will lead to a reduction in the time required for bid submission process.

2
SUBMISSION OF BIDS:-

1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e.
on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
3) Bidder has to select the payment option as “offline” to pay the Tender Fee & EMD and enter details of
DD/any other accepted instrument.
4) Bidder should deposit the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the Tender Processing Section, latest by the last date and
time of bid submission or as specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the
5) Scanned copy and the data entered during bid submission time otherwise the Tender will be summarily
rejected.
6) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties
faced during the submission of bids online by the bidders. The bidder should see that the bid documents
submitted should be free from virus and if the documents could not be opened, due to virus, during tender
opening, the bid is liable to be rejected.
7) Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable. The price bid has been given as a standard BoQ format
(Annexure -F) with the tender document, then the same is to be downloaded and to be filled by all the
bidders. Bidders are required to download the BoQ file, open it and complete the green colored
(unprotected) cells with their respective financial quotes and other details (such as name of the bidder).
No other cells should be changed. Once the details have been completed, the bidder should save it and
submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the
bid will be rejected. In e-Tendering, intending bidder can quote his rate in figures only. The rate in words,
amount of each item and total is generated automatically. Therefore, the rate quoted by the bidder in
figures shall be taken as correct. The Comparative Statement is also generated automatically. The
Comparative statement and rate quoted by each bidder shall be downloaded. The manual calculation
check of bids and comparative statement shall be final. In case, any discrepancy is noticed, the decision
of appropriate NSCD authority shall be final and binding.
8) The server time (which is displayed on the bidders‟ dashboard) will be considered as the standard time
for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission. The bidders are requested to submit the bids through
online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date &
time (as per Server System Clock).
9) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time
of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data storage encryption of sensitive fields is done.
10) The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
11) Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details.
12) The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority(TIA), National Science Centre, Near Gate No. 04, Pragati
Maidan, Bhairon Road, New Delhi - 110001 Ph. 011–7428693716-17Website: www.nscd.gov.in Email:
[email protected], [email protected]

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general
may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800-3070-
2232.

3
NATIONAL SCIENCE CENTRE
(A Unit of National Council of Science Museums)
NEAR GATE NO – 4, PRAGATI MAIDAN,
BHAIRON MARG, NEW DELHI-110001

TENDER No. NSCD/18011/E-Tender – 19 / 2025 – 26

1. The National Science Centre, Delhi is a constituent unit under the National
Council of Science Museums, Kolkata* (*hereinafter referred to as the Museum/Centre).

2. Online e-tenders are hereby invited from reputed and experienced Engineering/Technical
contractors capable of carrying out the work of “Annual Maintenance Contract of HT/LT
Electrical {500 KVA substation, 180 KVAR capacitor bank 630A VCB (Vacuum Circuit
Breaker) type, 200 KVA Change over panel, HT panel and LT panels, installed} at
Kurukshetra Panorama & Science Centre, Opp. Theme Park, Pehowa Road, Kurukshetra
with excellent finishing quality and having the following eligibility during the last five years: -
(i) 3(three) similar completed works (at least one of them should be in Central Government /
Central Autonomous Bodies/ State PWD/ Central Public Sector Undertakings) each costing
not less than 40%.
OR
(ii) 2(two) similar completed works (at least one of them should be in Central Government /
Central Autonomous Bodies/ State PWD /Central Public Sector Undertakings) each costing
not less than 60%.
OR
(iii) 1(one) similar completed work (in Central Government/ Central Autonomous Bodies/ State
PWD/ Central Public Sector Undertakings) of aggregate cost not less than 80%.

And
Agencies having valid GST Registration, PAN card & Aadhaar card if, applicable.

3. The place of work would be at: Kurukshetra Panorama & Science Centre,
Opp. Theme Park, Pehowa Road, Kurukshetra
4. Important Information &Dates: -

Bid Document Publishing Date& Time 12th September, 2025 (16:00 PM)
Bid Document Download Start Date & Time 12th September, 2025 (16:30 PM)
Bid Document Download End Date & Time 30th September, 2025 (17:30 PM)
Bid submission Start Date & Time 12th September, 2025 (17:00 PM)
Bid submission End Date & Time 01st October, 2025 (18:00 PM)
Bid Opening(Technical) Date & Time 03rd October, 2025 (15:00 PM)
Details of Submission of Hard Copies/Address Director
of Tender Inviting Authority National Science Centre,
Bhairon Road, Near Gate no. 4, Pragati Maidan,
New Delhi, 110001
Tenure and Validity Initially 03 months on trial basis. Thereafter 09
months subject to satisfactorily performance of the
agency. The contract may be renewed on year to
year basis based on satisfactory performance for a
maximum period of 03 years including the trial
period of 03 months at the discretion of the
Museum/Centre.

4
5. The intending tenderers/bidders must read the terms and conditions of NSCD carefully. They
should only submit their bid if they consider themselves eligible and if they are in possession of
all the documents required.

6. Information and Instructions for tenderers/bidders posted on website shall form a part of the bid
document.

7. The bid document consisting of various types of items to be executed and the set of Terms and
Conditions of the contract to be complied with and other necessary documents can be seen and
downloaded from https://eprocure.gov.in/eprocure/appfree of cost.

8. Out of the online bid documents submitted by intending tenderers/bidders, the technical bids of
only of those tenderers/bidders shall be opened, who have deposited Earnest Money Deposit as
specified, duly scanned, uploaded and found in order. And the financial bids of only those
tenderers/bidders shall be opened when the uploaded documents are found to be in order. The
financial bid of only those tenderer/bidder whose Technical bids are found in order and accepted
shall be opened by the Tender Evaluation Committee (TEC) authorised for the purpose.

9. Those contractors not registered on the website mentioned above, are required to get
themselves registered beforehand.

10. The intending tenderer/bidder must have valid Class II or Class III Certificates with signing key
usage (DSC) to submit the bid.

11. The e-Tenders are invited under two envelopes system. The first electronic envelope will be
named as Technical Envelope & will contain documents of tenderer’s/bidder’s satisfying the
eligibility conditions, scanned copy of EMD, EMD exemption document, NIT etc. and the second
electronic envelope will be named as Financial Envelope containing Rate Quote Sheet. The bidder
shall submit TECHNICAL BID ENVELOPE and FINANCIAL BID ENVELOPE simultaneously. The
technical bids will be evaluated first and thereafter financial bids of only the eligible
tenderers/bidders shall be opened. These envelopes shall contain one set of the following
documents:-

a) TECHNICAL BID ENVELOPE shall contain the following documents:

i) Scanned copy of Demand Draft / Pay order or Banker`s Cheque of any Nationalised /
Scheduled Bank /Insurance Surety Bonds/Fixed Deposit Receipt/ Bank Guarantee from any
of the Commercial Bank/ Online payment transfer receipt towards Earnest Money Deposit
(EMD) (₹7500/- Rupees Seven Thousand Five Hundred only) in pdf format in favour of
National Science Centre payable at New Delhi. Details of Bank account is as under: -

Name oftheAccount Holder NATIONALSCIENCE CENTRE, DELHI


Account No. 2417101004100
Bank Name CANARA BANK
Bank Address 6, Bhagwan Das Road, New Delhi
IFSC Code CNRB0002417
MICR Code 110015045
Typeof Account Saving Account
Branch Code 2417

ii) Scanned copy of Enlistment Order/Registration certificate with appropriate Authority and
necessary licence as required under the contract labour (Regulation and Abolition) Act 1970
or any other act as applicable in pdf format.

5
iii) Scanned copies of specific WORK EXPERIENCE CERTIFICATES/ WORK COMPLETION
CERTIFICATE along with Work Order/Letter of intent issued by Govt. /Semi-Govt.
/Autonomous/PSUs and/or Reputed Institution of requisite magnitude with appropriate
Authority as per the NIT in .pdf format.
iv) Scanned copy of UNDERTAKING & DECLARATION (as per Annexure – “A”) duly signed with
company seal in .pdf format which also includes the undertaking that "The physical EMD shall
be deposited by me/us with the office of NSCD calling the bid before the bid opening date
otherwise the department may reject the tender/bid and also take action to withdraw my/our
enlistment/debar me/us from further tendering in NCSM or any of its constituent units."
v) Scanned copy of PAN Card and GST Certificate, IT return for last 3 years and Trade Licence
(Electrical Class-I Licence) in PDF format.
b) FINANCIAL BID ENVELOPE shall contain:
(i) Rate Quote Sheet (BoQ Template) in .XLS format
(ii) Agency should furnish scanned copy of complete Breakup (ANNEXURE - D) of
their rate showing how they will comply with Minimum Wages and other statutory
Regulation including Basic VDA,ESI, EPF, Bonus, paid National Holiday etc. and the lump sum
composite charges for number of Maintenance personnel to be deployed as per the rate
prescribed by Govt. of India from time to time separately indicating a)GST component as
applicable and b)Service Charges of the agency in PDF format with signature &seal .In the
absence of this break up, their tender shall liable to be rejected.
12. E-tenders which do not fulfil any of the above conditions or are incomplete in any respect are
liable for summary rejection.
13. The Museum/Centre does not bind itself to accept the lowest e-tender/bid and the right to reject or
accept any or all the e-tenders/bids, e-tendered items or schedules received without assigning
any reason whatsoever.
14. Canvassing in connection with e-tenders/bids is strictly prohibited and the e-tenders/bids
submitted by the e-tenderers/bidders who resort to canvassing will be liable for rejection on that
ground alone.
15. E-tenders incorporating additional conditions are liable to be rejected.

16. The E-tenderer(s) must declare in writing that neither he nor any of them is in anyway related to
any officer in the National Science Centre, New Delhi or any of its constituent units as per the
format given in Annexure – “A”.
17. Apart from GST as specified above any other tax in respect of this contract will be reimbursed as
per the applicable rates prescribed by the Government of India from time to time.
18. Before submitting the e-tender, the tenderer shall assess the quantum of subject service involved
after going through the scope of job requirement of Electrical maintenance and conditions of
contract and inspect the site, if necessary. No claims for additional payments would be entertained
arising out of contractor’s ignorance of site conditions.
19. For the purpose of opening of the e-tenders/bids as described in Clause 11 of the Notice Inviting e-
tender it is clarified that only on receiving the EMD, physically in National Science Centre, New
Delhi together with signed and sealed/stamped copy of the e-tender document before the bid
opening date, the Technical Bid Envelope will be opened. However exemption of EMD may be
given to MSME/NSIC registered agencies for submission of EMD. After the authority is
satisfied that the documents in the Technical Bid Envelope are in order, the FINANCIAL BID
ENVELOPE shall be opened, subsequently by the duly constituted Tender Evaluation
committee(TEC) of the museum/centre. The date, time and venue of opening of Financial Bids shall
be published on the CPP Portal later.

6
20. It may be noted that the Technical Bid Envelope which are not found in order as per requirement
of National Science Centre, New Delhi shall be summarily rejected and the decision of NSCD (TIA)
shall be final and binding.

21. Earnest Money is liable to be forfeited if the successful e-tenderer/bidder selected for the work
fails to sign the formal agreement within 15 days from the date of issue of Letter of Intent to them
by the Museum/Centre.

22. The selected tenderer will be awarded the work of AMC of HT/LT Electrical Installation by the
Museum/Centre and given stipulated time which shall be counted from the date of issue of the
Letter of Intent. During this intervening period, the successful tenderer shall check the work
plan/job requirement .The successful tenderer shall also mobilise all resources including
Technician, consumable gadgets and stationary items etc. and sign an Agreement with
museum/centre in approved format on a non-judicial stamp paper of appropriate value.

23. The validity period of the e-tender shall be at least 03 (THREE) months from the date of opening of
e-tenders. This period may be extended with mutual consent if the decision regarding issue of
Letter of Intent is delayed for any reason.

-x-x-x-

7
Appendix to e-NIT

SUMMARY OF CONDITIONS OF CONTRACT

1.Tenure of the Contract : Initially 03 months on trial basis


thereafter 09(Nine) months subject
to satisfactory performance of the
agency. The contract may be
renewed on year-to-year basis for
a maximum period of 03 years
including trial period of three
months at the discretion of the
authorities of museum/ Centre.

2. Earnest money Deposit(EMD) to be deposited with tender (2.5% ₹7500/-


of estimated value to nearest hundred)

2. SECURITY DEPOSIT : 10% of the annual Value of Contract

Process of submitting the GST compliant bill supported with : Monthly basis duly certified by
relevant challans etc. by the successful tenderer authorized representative of
museum /centre.

8
GENERAL TERMS & CONDITIONS OF CONTRACT

1. The Agency must note that there will be no revision in the service charges of the agency during the entire
period of contract. However, in case of revision of minimum wages or any other statutory charges made by
the Government of India, the lump-sum composite service charges shall be revised to the extent of the
liabilities arising on that account only.

2. The Agency must have a local office with a regular telephone and other means of communication like
fax/e-mail etc., both in the office as well as in the residence(s), of Partners/Directors.

RESPONSIBILITIES OF THE AGENCY:-

3. The Agency shall ensure that all statutory wages and allied benefits like P.F., Bonus, ESI etc., as are
prescribed by the Government of India from time to time, are paid to personnel deployed for the purpose of
this contract. The Agency shall remain liable to the authorities concerned for compliance of the respective
existing rules and regulations of the Govt. of India for this purpose and shall also remain liable for any
contravention thereof. The Agency shall have to abide by the minimum wage legislations and must pay
minimum wage as per law to the personnel deployed by them for the purpose at any time in the premises
of the museum/centre.

Bonus shall be paid once in a year against submission of reimbursement claim supporting with muster roll
authenticating its disbursement.

4. The Agency shall quote their rates based on the rates of minimum wage applicable as per Govt. of India only.
The Agency shall submit the proof of having deposited the amount of contribution s claimed by them on
account of ESI and EPF towards the persons deployed at the museum/centre in their respective names each
month while submitting their GST compliant bills for the subsequent month. In case the Agency fails to do
so, their bills will be withheld till submission of required documents. Copies of the quarterly, half-yearly &
annual returns of GST, ESI, EPF and Professional Taxes shall be submitted after its submission to the
concerned authorities.
5. The Agency shall pay wages to the personnel deployed by them through the respective Bank Accounts latest
by the 7th of every month and shall produce copy of acquaintance roll wages sheet showing monthly wages
paid to its personnel, and bank remittance statement every month along with their bill. In case the salary is
paid by cheque, the agency has to produce Account No. and Universal Account No. (UAN) of each personnel
separately.

6. A security deposit of 10% of the annual value of contract in the form of demand draft/pay order drawn in
favour of ‘museum/centre’, is to be deposited by the Agency to cover the risk or any loss caused to the
museum/centre due to fraud, theft, pilferage etc. In the event of any such occurrence and/or breach of
contract, the amount of compensation, as assessed by the museum/centre shall be recovered either from
the bill for monthly service charges due to the Agency or from their security deposit at the discretion of the
competent authority of museum/centre.

7. During the period of this contract, the Agency shall provide proper and adequate service and perform their
duties diligently, honestly and to the entire satisfaction of the museum/centre. The Agency shall constantly
keep in touch with the museum/centre regarding their Annual maintenance Services and abide by all
instructions and directives issued by the authority of the museum/centre in this regard.

The Agency shall provide necessary superintendence during the execution of the Annual Maintenance of
HT/LT Installation at Kurukshetra Panorama & Science Centre, Kurukshetra campus related
assignment for fulfilment of their obligations under the contract
8. The Agency shall maintain all relevant registers, documents in the premises of the museum/centre which
may have to be presented for inspection of the concerned Labour Authorities. The agency shall also put up a
notice board displaying the minimum wages prescribed by the Government of India from time to time.

9
9. The Agency shall ensure compliance of all Acts, Rules and statutory orders in force with regard to
deployment of their staff in the premises of the museum/centre for the purpose of this contract and shall
keep the museum/centre indemnified against any liabilities arising out of non–compliance of any of the Acts,
Rules or Orders on their part or any liability, claims, losses or damages sustained by them for reasons of
any breach of contract, wrongful act or negligence of the agency or any of its personnel engaged for the
purpose of this contract.

10. The Agency shall not deploy any unfit person (or person having any contagious disease) or person above 60
years of age for Annual Maintenance of HT/LT Installation at Kurukshetra Panorama & Science Centre,
Kurukshetra in the museum/centre. In this regard, agency shall submit annual return to the museum/centre
authority in respect of age/date of birth and medical fitness of their deployed Electrical personnel. The
person(s) found medically unfit / physically deteriorated from the specified standard at any point of time will
not be allowed to perform duties and the agency will be responsible to replace such person within 24 hours.

11. The Agency shall make periodical Police verification of the particulars of their personnel deployed and
issue proper identity cards to those employees who are deployed by them at any point of time for the
purpose of this contract in order to facilitate verification of their identity by the museum/centre. They shall
always wear the identity card while on duty inside the premises of the museum/centre.

12. The Agency shall maintain complete official records of disbursement of wages/salary showing specifically
details of all deduction such as ESI, EPF, P.Tax etc. (if any)in respect of all the persons deployed in the
premises of Museum/Centre. The agency shall maintain a personal file in respect of all its persons, who are
engaged for the purpose of this contract. The personal file shall consists of personal details such as name,
address, date of birth, residential address and all grievances recorded by the persons viz-a-viz action taken
etc.

13. The Agency shall be liable to comply with the directions of the museum/centre, to remove within 24 hours of
receipt of such direction, any member of their staff deployed for the purpose of this contract and shall make
immediate necessary alternative arrangements to ensure proper and adequate services.

14. All Technicians for Annual Maintenance Contract of HT/LT Installation at KPSC, Kurukshetra deployed by the
agency in the museum/centre shall be in proper uniform. The agency shall at their cost supply uniform and
other accessories required for carrying out the Electrical Maintenance Services.

15. The Agency on completion of the specified term of contract or on termination of the contract shall peacefully
vacate the premises of the museum/centre and remove all their persons and materials from the campus
after handing over the charge to the new agency.

16. The Agency shall be responsible for observance and compliance of different industrial laws as in force and
they shall ensure that no demonstration/agitation of any kind takes place inside or near the premises of the
museum/centre by Electrical maintenance Technician engaged by the Agency.

17. The museum/centre shall have no responsibility for providing living accommodation to the personnel
deployed by the Agency.

18. The scope of services shall be as per the requirement of the museum/centre from time to time. Any extra
Electrical Maintenance of HT/LT Installation related service arising out of special programmes or exigencies
and beyond the scope of this agreement shall be negotiated separately by a duly constituted committee. The
Agency shall provide the necessary extra manpower corresponding to the requirement of services
immediately for which advance intimation would be given by the museum/centre.

19. The museum/centre shall pay to the Agency nothing more than the amount as may be due under the
contract terms.

20. The agency shall not sub-contract or sub-let, transfer or assign the contract or any other part thereof to any
person/agency.

10
PAYMENT:-

21. The payment shall be made through e-payment on Monthly/quarterly basis within 30 days from the date of
submission of the proper and pre-receipted GST compliant bill, duly certified by the authorized
representative of museum/centre. In case of the Agency’s failure to provide requisite services on particular
day/days, proportionate deduction shall be made from the bill.

22. The museum/centre shall reimburse the amount of GST paid by the Agency to the authorities on account of
services rendered by them to the museum/centre. The reimbursement shall be admissible on production of
proof of deposit i.e. copy of challan by the Agency.

23. Income Tax will be deducted at the prescribed rate from the monthly bill of the Agency and the same would
be deposited with the Income Tax Authority by the museum/centre.

PENALTY:-

24. In the event of any deficiency in the Annual Maintenance of HT/LT Installation services rendered by the
agency, any time during the currency of the contract, the museum/centre shall impose a suitable penalty
which may be recovered from the monthly bill(s) of the agency. The decision of the museum/centre shall be
binding on the agency.

TENURE AND VALIDITY:-

25. In the beginning, the contract shall be on a trial basis for three months only, and thereafter, it would be
extended for a further period of nine months, if the services are found to be satisfactory during the trial
period of the Agency. The contract may be renewed at the discretion of the museum/centre on year to year
basis for a maximum period of three years, including the trial period. However, in the event of such renewal
of the contract each year, the service charges of the agency shall not be revised. But the liability due to
revision of minimum wages and statutory duties & taxes by Govt. of India from time to time, shall only be
considered for revision.

26. The contract can be terminated by the museum/centre at any time without notice in the event of gross
security risk or gross damage to museum/centre property due to Agency’s failure or the Agency goes
bankrupt or becomes insolvent or in case of breach of any of terms and conditions of contract by the Agency
and the decision of the museum/centre in this regard shall be final and binding on the Agency.

27. For reasons other than mentioned in the clause above, the contract can be terminated by either party by
providing clear three months’ notice in writing.

ARBITRATION:-

28. In case of any disputes and or differences arising out, or relating to of this contract between the
museum/centre and the Agency shall be resolved through joint discussion of the authorised representatives
of the concerned parties. However, if the disputes are not resolved by the discussion as aforesaid within a
reasonable period then the matter shall be referred for adjudication to the sole arbitration of a person to be
appointed by the Director General of NCSM on receipt of an official request with details of the dispute, from
either the museum/centre or the Agency. The award of the arbitrator so appointed shall be final, conclusive
and binding on all parties to the contract. The submission shall be deemed to be submission to arbitration
under the Arbitration and Conciliation Act, 1996 or any statutory modifications amendments and future
enactment thereto and of the rules made thereunder for the time being in force.

11
Annexure – A

(Format for Declarations & Undertaking to be typed on bidder agency’s letterhead and to be submitted in Part –I
(TECHNICAL BID ENVELOPE) of the e-tender document)

DECLARATION -1

This is to certify that neither we/any of us/ are/is in anyway related to any employee in the National Council of
Science Museums, or any of its constituent units.

(Signature of the tenderer


Date:
with agency seal/rubber stamp)

Place:

DECLARATION -2

We hereby declare that we have not quoted any extra condition along with the Part-II (FINANCIAL BID ENVELOPE) of
the e-tender.

Date: (Signature of the tenderer


Place: with agency seal/rubber stamp)

UNDERTAKING

This is to certify that we have carefully gone through the job requirement, terms and conditions given in the e-
tender document & have clearly understood the terms & conditions of the tender and have accordingly quoted our
balanced rates after going through all details in conformity to minimum wages and statutory payment as per
Annexure-D of E-NIT.

Date: (Signature of the tenderer


Place: with agency seal/rubber stamp)

12
Annexure –B

NATIONAL SCIENCE CENTRE


(A Unit of National Council of Science Museums)
Bhairon Road, Near Gate No. 4, Pragati Maidan,
New Delhi-110001

TENDER No. : NSCD/18011/E-Tender – 19/ 2025– 26

TECHNICAL (Techno-Commercial) BID

Notes: ALL PARTICULARS / INFORMATIONS SHOULD BE GIVEN IN THE FOLLOWING FORMAT WITH COMPLETE DETAILS.

1. Name of the Agency :

2. Full Postal Address :

3. Telephone Number :

4. Fax No./E-mail Address :

5. Whether proprietorship or partnership :

6. Names and professional qualifications of


the proprietor or of partners :

7. Description of similar type of works


carried out in last 5 years in Govt. /
Semi-Govt./ Autonomous Organizations
/PSUs and/or Reputed Institutions.
(Attach copy of the Work Order &
Completion Certificate of similar nature
of work of requisite magnitude issued by
appropriate Authority in pdf. format) :

a) Client :

b) Name of the work :

c) Cost of work :

d) Period of completion :

e) Staff employed :

8. Present assignments if any :


(Attach supporting documents in pdf
format)

13
9. List of mechanical/Electrical equipment
owned by the firm :

10. Bank Solvency certificate from a


Nationalized/Scheduled Bank suitable
for taking up this work (Voluntary) :

11. Annual turnover of the firm :

(Attach Audit Balance sheet for last 3


years)

12. PAN card No. :


(Attach Copy in pdf forma format)

13. GST No

14. Electrical Licence for H.T work

Certified that the information furnished above are true to the best of my/our knowledge. It is hereby
declared that I/we will abide by the decision of National Science Centre (TIA) , regarding selection of eligible firms
for opening of Financial Bid.

Place :

Date : Signature of the Tenderer with date & Seal

Note: Enclosures may be attached (in pdf format) if the space is found inadequate/ wherever required

14
Annexure-C

TENDER ACCEPTANCE LETTER


(To be given on Company Letter Head)

[Department User may ask for Tender Acceptance Letter instead of asking Signed Tender Document from the
Bidders. This is a sample format; User may revise it as per their Tender Conditions]

Date: _________

To,

Acceptance of Terms & Conditions of Tender

Tender Reference No:

Name of Work:

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘
Tender/Work’ from the web site(s) namely:
_______________________________________________________________________________________________________________
___________________________________________

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents including
all documents like annexure(s), schedule(s), etc ., which form part of the contract agreement and I / we shall
abide hereby by the terms / conditions / clauses contained therein.

3. We hereby agree to undertake the contract for Annual Maintenance Services for internal and external
installations at Kurukshetra Panorama & Science Centre, Kurukshetra as per your requirement indicated in
the Notice Inviting Tender.

4. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into
consideration, while submitting this acceptance letter.

5. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality / entirety.

6. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt. Department/Public
sector undertaking.

7. I / We certify that all information furnished by our Firm is true & correct and in the event that the
information is found to be incorrect/untrue or found violated, then your department/ organization shall
without giving any notice or reason therefore or summarily reject the bid or terminate the contract, without
prejudice to any other rights or remedy including the forfeiture of the full said earnest money deposit
absolutely.

Yours faithfully,

(Signature of the tenderer/ bidder)


With date & company seal/rubber stamp

15
ANNEXURE – D

DEPARTMENTAL ESTIMATE FOR PROVIDING


AMC OF ELECTRICAL SERVICES at Kurukshetra, HR (“C” Class)

Sl. Items Rate per person


No.
(A) Charges for deployment of Electrical Personnel:
1 Electrician (Semi skilled) – 1 No.
Minimum wages (Inclusive of VDA) 16432.00
@(410+222)=632 x 26 days
P.F. @13% (subject to ceiling of ₹15000/- as employer’s contribution) 1,950.00

[email protected]% ( Max Limit ₹21000/-) 534.04


Overtime charges for 3 national holidays 158.00
Bonus @8.33% on ₹19,760/- 1368.78
Total per Month 20443.82
Total per Year 20443.82x12 245313.84

Say 'A1'= 245313.84


2 Electrician (Highly Skilled) - 01 No. per Quarter
Minimum wages (Inclusive of VDA) 893.00
@(893)=893 x 1 day
Total per Year 3572.00
Say 'A2'= 3572.00
ABSTRACT
1 Total of A1 + A2= 248885.84 or 248886/- (R/O)
2 One time lumpsum charge for annual preventive maintenance of substation
equipment. To be filled by the agency.
3 Agency's Administrative charges
To be filled by the agency.
4 Grand Total per Year

Please Note:
1. The above rates should be based on the latest rates in force for the Minimum Wages for Scheduled
Employments in the Central sphere published on the Website of Ministry of Labour, Government of India
2. The offer should be inclusive of all statutory taxes
3. Deduction towards TDS etc. shall be made from the bills as per the prevailing rules.
4. No offer should be accepted that will be found below MINIMUM WAGES COSTS.
5. Agency’s Service charge should not be quoted on item Basis.
6. Annual Preventive Maintenance of Sub-Station equipment is Optional and payment will be made based on
actual requirement only.
7. Copies of GST & PAN No. should be furnished.

16
ANNEXURE – E

SCOPE OF WORK

Sub: Annual Maintenance Contract of HT/LT Electrical Installation at KPSC.

The following works shall have to be carried out by the Agency.


Routine Maintenance

1. Electrical Maintenance works in HT/LT transformer, HT/LT panel, VCBs/ Breaker DBs, Internal & External
Electrical installations such as Lights, Fans, Power points and circuit wining, cables etc. covering the Main
Office building, Museum Building, Residence, and entire campus of this Museum and ensure serviceability of
all electrical Installations.

2. Cleaning, Dusting of all Electrical Installations and physical inspection of all internal and external controls
&Operation of the Ventilation Exhaust Fans and other Electrical Fittings/Accessories installed in the Sub
Station and Control Rooms.

3. Regular checking of Over Heat/Abnormalities of grips, Connectors, Terminal, Connections, Cables of all
motors, Pumps & Panel and Capacitors etc. Regular checking for Overheating/sparking and other
abnormalities of the various Circuit Breakers, Relays, starters and panels. Resistance type starters and
speed regulators used in Motors/Fans etc. (Fortnightly intervals)

4. Regularly cleaning of boundary lights, road side/pathways lights and posts and upkeep of lights in the
campus. A register/Log book should be maintained by the Agency and should be checked by the Campus
Supervisor on weekly basis.

5. All defective lights, power sockets, fans and all other electrical defects shall be replaced as and when
required.

6. Maintaining the lawn/yard around the electric sub-station for clean and orderly look and restricted entry in
and around the sub-station.

Quarterly maintenance

Operate checking of HT switches, Transformer and OCB Earth resistance checking and continuity testing.
Operational checking of Power Factor Panel, AMF Panel, Main LT Panel Distribution Panel OBS etc. to
maintain and ensure serviceability of Electrical Installations, Preventive / periodical maintenance shall be
carried out.

Yearly maintenance

 Periodical maintenance work in HT switches, AMF Panel, transformer and OCB such as filtration,
dehydration, checking and cleaning of winding, Bushes, replacement of gas etc. as per norms.
 Providing Test Report of Earthpit’s Resistance.

ADDITIONAL TERMS & CONDITIONS OF THE CONTRACT:

1. The agency has to deploy one semi-skilled personnel for daily maintenance work. Additional man-power,
which is competent to carry out the major maintenance works, shall be provided as and when required at
no extra cost.

2. The Agency shall maintain a muster-roll register as a record of attendance and remuneration/wages to
workers engaged by the Agency, which shall be liable to be checked periodically by the Centre. They
should have registered with the labour department.

2. The service shall be available during all working hours (09:30 am to 06:00 pm) on all weekdays, excluding
Sundays. The staff deployed shall be well trained and experienced and shall have good conduct apart from
being physically fit for the job.

17
4. The Agency shall provide uniforms to each of its personnel and ensure that they are properly attired
including dress; shoes etc., and also carry identity cards all the time.

5. All required Electrical materials like main switches, lamps, ballast, MCBS, Fuses etc. shall be provided by
the department (Centre). On non-availability of the same, the items shall be procured by the agency and
actual cost will be reimbursed on submission of bill. However Sundry items such as CRC, Jelly, PVC tape,
petrol, cloth, emery paper, rust removal/ cleaner etc. is under Agency’s scope.

6. The Agency undertake to obtain any license permit consent, sanction etc. as may be required or called
from/by local or any other authorities for doing each such work. The Agency shall company with all
applicable law, rules and regulations in force. The Agency undertakes to produce the license permission
etc., so obtained and furnish copies thereof as and when required. The Agency also undertakes to keep and
get renewed such license permission etc., from time to time. The Agency shall be responsible for any
contravention of the local Municipality/ Labour Enforcement Department, other laws/rules/regulations.

7. Tools to be provided by the Agency :

i) Cable fault locator (HT/LT)


(This equipment may not be the property of the Agency, but it would be the duty of the Agency to
ensure that the equipment is made available for attending breakdown job.)
ii) Hydraulic crimping tools for connecting cable, Megger (1000 volts), Megger (500 volts). A voltmeter,
Tongue tester(s) should be adequate to handle currents of upto 100 amperes and should be able to grip
wires/cables of upto 300 sq. mm. dia.
iii) Chain pulling block with tripod stand, wire rope, wrench set, pliers and screw driver sets etc.
iv) Test energy METER 3 phase, test energy METER single phase, multi-meters, voltmeter/ammeter and
low power factor wattmeter.
v) Necessary safety measures must be taken care of during work to avoid accident.
vi) The agency shall have to keep necessary tools and tackles and testing equipment for their job.

8. The Agency agree and undertakes to bear all taxes, rates/charges, levies or claim, whatsoever as may be
imposed by the State /Central Government or any local bodies or authorities. The Agency agrees to furnish
receipts of such payment relating to the obligations including registration certificate, clearance certificate
etc., as may be required by the Centre from time to time.

9. The Agency shall keep Centre indemnified against all the claims and liabilities, if any, as mentioned in
Clause No. 6 and as aforesaid.

10. The Agency shall devote his full attention to all the work of general maintenance and shall discharge his
obligation under this agreement most diligently and honestly.

11. The Agency shall ensure that his personnel attend to their assigned duties and do not roam about and
create disturbance to the Centre.

12. The Agency and all his personnel shall at all times during the continuance of this Agreement shall obey and
observe all the directions and instructions which may be given by the Centre concerning any aspect. If the
Agency does not render any services as contemplated in the schedule, the Centre shall be entitled to
deduct such amount as deemed appropriate, from the bill amount, as payable to the other Agency.

13. In case the Agency or any office personnel fails to fulfil his obligations or any day/ no. of days to the
satisfaction of the Centre or any reason whatsoever, it shall pay liquidation damage as decided by the
Centre.

14. The Agency shall maintain regular and proper books of account supported by the vouchers so that the same
may be available for inspection by any person authorized by the coordinator of the Centre.

18
15. The Agency is not permitted to assign or sub-contract this contract. In case the Agency assigns or sub-
contracts this without written approval of the Centre or attempt to do so or decreases the performance of
the Agency, if found unsatisfactory, or in case of contravention by the Agency of any of the terms and
conditions contained herein, the Centre shall have the right to terminate the agreement without any notice
to the Agency.

16. The Director of the Centre shall be the sole authority to judge the quality of service rendered by the Agency.

17. All questions relating to the performance of the obligations under this agreement and to the quality of the
materials used and all the disputes and differences which shall arise either during or after agreement
period or other matters arising out of or relating to this agreement of payments to be made in pursuance
thereof shall be decided by the Director of the Centre. The Agency hereby agrees to be bound by his
decisions.

18. The Agency shall bear all the cost and expenses in respect of all charges, stamp duties etc. relating to this
agreement.

19. The Agency shall pay a security deposit as under, prior to commencement of services under this
agreement. The Centre shall be entitled to adjust or appropriate the said security deposit towards loss or
damage or breakage in the items entrusted or caused to other assets of Centre by the Agency or its
personnel or any other liability of the Agency.

20. Nothing contained in this agreement is intended to be nor shall be construed to be assignment of premises
or any part thereof by the Centre to the Agency and it shall vacate the same on termination of the
agreement period either by efflux of time or otherwise.

21. The Centre shall have right to withhold a sum from the amount payable to the Agency under this contract or
the security deposit, if the Agency commits breach of any of the terms and conditions of this agreement or
fails to produce sufficient evidences to the satisfaction of the Centre as to payment of all statutory and
other dues and compliance with other obligations.
a) The agreement shall be terminated without notice on gross violation or by efflux of time. It may be
terminated on account of unsatisfactory services by two months’ notice at the option of the Centre. The
Agency shall also have the option to terminate the agreement after giving two months’ notice to the
Centre.
b) On termination of contract by the Centre for any reason whatsoever, the Centre shall be entitled to
engage the services of any other person, Agency to meet the requirement without prejudice to its
rights including claim for damages against the Agency.
22. The Agency shall maintain highest standard and quality in the services. The Centre shall also have the right
to insist on getting any service of maintenance which has already been performed, if the same was not
carried out to the satisfactory of the Centre.

Classification of skilled Category:


a. Semi-skilled – Semi-skilled employee is one who has sufficient knowledge of the particular trade or
above to do respective work and simple job with the help of simple tools and machines.

c. Highly –skilled-A highly skilled worker is one who is capable of working efficiently and supervises
efficiently the work of skilled employees. He must have HT License to work efficiently in HT system.

19
ANNEXURE – F

BILLS OF QUANTITIES (BOQ)

Tendering Authority: National Science Centre, Delhi


Name of the Work: ANNUAL MAINTENANCE OF HT/LT ELECTRICAL INSTALLATION AT KURUKSHETRA
PANORAMA & SCIENCE CENTRE, KURUKSHETRA, PEHOWA ROAD,
KURUKSHETRA-136118
Name of the Bidder/bidding firm:

S. Description of Services Amt. (Per Year)


No.
A Annual Maintenance of HT/LT Electrical Installation at the above mentioned
museum/centre as per detailed specifications mentioned in NIT including
service charges & profit of the agency.

500 KVA substation, 180 KVAR capacitor bank 630A VCB (Vacuum
Circuit Breaker) type, 200KVA Change over panel, HT Panel panel
and LT panels installed at KPSC, Kurukshetra.

B
Plus GST (as applicable)

C
TOTAL

We have thoroughly inspected the premises of the museum/centre and nature of work for Annual Maintenance of
HT/LT Electrical Installation before submitting our offer as above.

(Company seal along with


signature &address)

Date :______________________

20
NATIONAL SCIENCE CENTRE
(A Unit of National Council of Science Museums)
Bhairon Road, Near Gate No. 4, Pragati Maidan,
New Delhi-110001

CHECK LIST ON PREPARATION OF BIDS

Sl. No. Particulars Yes/No


1. Have you filled in and signed the Contact Details Form?

2. Have you read and understood various conditions of the Contract and shall abide by
them?

TECHNICAL BID

3. Have you attached copy of trade license (Electrical Class-I Licence)certificate from
appropriate authority?

4. Have you taken prints of all the Sections of Tender, in the prescribed paper size and
signed on all the pages of the tender documents?

5. Have you attached with tender the proof of having met the required minimum
eligibility criteria?

6. Legal Valid Entity: Have you attached the attested Certificate issued by the Registrar of
firms/Companies with the tender?

7. Financial Capacity: Have you attached Audited Balance Sheets with the tender?

8. Registration with Government Bodies like ESIC, EPF, GST, PAN, Labour Laws:
Have you attached a copy of each of the Registration certificate with the tender?

9. Experience: Have you attached the attested experience certificates issued by the
Organisations/Government Departments/Corporate Sector for the last five years with
the tender?

10. Have you attached the copy of work order for Annual Maintenance of HT/LT Electrical
Installationservices of last three years?

11. Have you attached the proof of authorisation to sign on behalf of the bidder in the
Technical Bid?

12. Have your Technical Bid been prepared and attached as per the requirements of the
Tender?

13. Have you enclosed the EMD in the Technical Bid?

FINANCIAL BID

14. Have your Financial Bid proposal is duly filled, sealed and signed on all pages?

15. Have you studied carefully the departmental estimate?

16. Have your Financial Bid been submitted in the prescribed offer form?

21
ANNEXURE – G

FORMAT FOR ARTICLES OF AGREEMENT


INSTRUCTIONS (Not to be typed in Agreement)

ARTICLES OF AGREEMENT made at (Place of the Museum/Centre) this ………....…… day of


………....…...............……......................……..........between
(Day) (Month & year)......................................................................................................................
(Name of Museum/Centre) (under the National Council of Science Museums, a Society registered under the Societies
Registration Act of West Bengal, 1961), hereinafter referred to as the Museum/Centre which expression shall include its
successors and assigns on the one part and……………............................................................................................(Name of the Contractor’s firm
with full address)..............................................… (Name of contractor’s firm with full address) Trading in the name
and style of .........................................……….............. (Name of contractor’s firm with full address) hereinafter referred to as the
successful tenderer which expression shall include his/their respective heirs, executors and administrators and assigns on the
other part.
WHEREAS the Museum/Centre is desirous of getting the work of “……………........................................…………………..”(Name of the work)
for a period of one year the terms of the contract may be renewable for a further period of two years on year to year basis, if
performance is found satisfactory and has caused Notice Inviting Tender (including appendix), schedule of quantities and
specifications describing the work and conditions of contract to be carried out and executed by
…………..…………...................................................………. (Name of contractor’s firm with full address)
AND WHEREAS the said Notice Inviting Tender (including appendix) as per list attached, specifications and the priced schedule of
quantities and conditions of contract have been signed by or on behalf of the parties hereto. AND whereas the successful
tenderer has deposited through Banker Cheque a sum of `. ……………. (Rupees ………………… only), (the amount being 2.5% of the
estimated value of the tender rounded off to the nearest hundred), within the Centre/ Museum as initial Security for the due
performance of this agreement as provided in the said conditions.

NOW IT IS HEREBY AGREED AND DECLARED BY AND BETWEEN THE PAERIES HERETO AS FOLLOWS:
1. In consideration of the payments to be made to him as hereinafter provided the successful tenderer shall upon and subject
to the conditions herein contained shall carry out and execute the maintenance work for a period (as mentioned in the
general terms & conditioned) from the date of issue of letter of intent and as per the scope of work and detailed
specifications and as may be furnished to him from time to time and described in the said specifications and the said priced
schedule of quantities.
2. The Museum/Centre shall pay to the successful tenderer such sum as shall become payable hereunder at the time and in
the manner specified in the said conditions.
3. Time is the essence of this agreement and the successful tenderer shall execute the work, throughout the stipulated period
of this contract, strictly according to the direction of Engineer-in-charge.
4. This agreement comprises the work above and all subsidiary works connected therewith, even though such works may not
be shown in the NIT, or described in the said specifications or the priced schedule of quantities.
5. The Museum/Centre through the Engineer-in-charge reserves to itself the right of adding to or omitting any item of work or
of having portions of the same carried out departmentally or otherwise and such alterations or variations shall not vitiate
this agreement.
6. All disputes and differences of any kind whatever except as excluded under contract arising out of or in connection with
the contract of carrying out of work (whether during the progress of the work or after their completion and whether before
or after the determinations, abandonment or breach of the contract) shall be referred to arbitration as per Clause 47 of the
said conditions of contract. In case of any legal dispute, other than the arbitration, the court of jurisdiction shall be at the
place written in the first line of this agreement.

The provisions of the Arbitration & Conciliation Act 1996 or any statutory modification or re-enactment thereof and of the rules
made there under for the time being in force shall apply to arbitration proceedings under this clause.

In witness whereof the parties have set their respective hands the day and the year and the place hereinabove written.

Signed by for and on behalf of the Museum/Centre.

In presence of

1)………………………………………………...

2)……………………………………………….
Signed by the said successful tenderer ………………………………………...

In presence of
(1)………………………………………………
(2)………………………………………….

22

You might also like